SOURCES SOUGHT
D -- DOL-ENTERPRISE LEVEL CASE AND CONTENT MANAGEMENT SYSTEM - Request for Information
- Notice Date
- 1/25/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL111RI21202
- Archive Date
- 2/25/2011
- Point of Contact
- Gladys Bailey, Phone: 2026934598, Marisol G. Krist, Phone: 202-693-4570
- E-Mail Address
-
bailey.gladys@dol.gov, krist.marisol@dol.gov
(bailey.gladys@dol.gov, krist.marisol@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Case and Content Solution Technical Architecture Request for Information- Enterprise Level Case and Content Management System for the U.S. Department of Labor (DOL) RFI Number DOL111RI21202 Notice Type: Request for Information (RFI) Synopsis The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to provide DOL with an Enterprise Level Case and Content Management System utilizing open standards and based upon a scalable and flexible service-oriented architecture and/or platform. DOL is anticipating the award of a performance-based firm-fixed-price contract. The North American Industry Classification System (NAICS) code for this request is 541511, Custom Computer Programming Services. The small business size is $25 million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. General Purpose 1 Purpose The purpose of this Request for Information (RFI) is twofold: First to inform prospective vendors/integrators about the Department of Labor's (DOL) need for an enterprise level case and content management system utilizing open standards and based upon a scalable and flexible service-oriented architecture and/or platform. The solution must be initially capable of supporting at least 1000 users. It is envisioned that the services and/or components supported by the solution will include case management, document management, records management, workflow management, business intelligence, and web-content management. Secondly, responses to this RFI will assist DOL in understanding potential solutions, functional capabilities and experience of vendor/integrator in fulfilling DOL requirements; and to solicit input from the vendor community on DOL's planned acquisition approach. Based in part on the feedback received in response to this RFI, DOL plans to issue a Request for Proposals (RFP). Any information provided is strictly voluntary and will be provided at no cost to the Government. 2 Acquisition Approach With the U.S. Department of Labor ( DOL) anticipating to conduct a performance based firm fixed price contract for the procurement of a fully outsourced, vendor/integrator hosted and operated solution, preferably cloud based solution; the ideal solution would be based on a service oriented architecture, and have the following characteristics: Scalable, portable, secure, reliable, and cost-effective. The solution would be deployed in phases to Regional and District Offices across the United States. 3 RFI Requirements 3.1 Company Overview Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone(s) and e-mail address. Limit response to 1 page. 3.2 Enterprise Content Management Partnerships Provide a list of enterprise content management partnerships that your company currently maintains and the type of partnership (e.g., service/solution provider, value-added reseller, etc.). 3.3 Platform Integration and Multi-Tiered Application Design Describe your companies approach to platform integration and multi-tiered application design. Include examples of how your company recommends addressing platform and infrastructure design, multiple application integration, and management of external interfaces. 3.4 Web Portal and Services Design Identify your company's experience, capabilities, and design approach in providing customized web services integration of external data sources. Identify any instances of your company successfully implementing a web portal using Web 2.0 technology, discuss the design approach. 3.5 Cloud Computing Services Identify instances of your company successfully implementing an enterprise system utilizing cloud computing services. Describe your methodology and approach to implementing cloud based services and technologies. Identify your experience and recommended approach for implementing one or more of the enterprise content management service components within the cloud: Case management, document management, records management, workflow management, business intelligence, or web-content management. 3.6 Service Portfolio Planning Identify your company's experience, capabilities, and design approach to provide service portfolio planning capabilities. This would include developing and publishing service specifications for external systems to discover and subscribe to published web services. 3.7 Change Management and Business Process Re-Engineering (BPR) Describe your company's change management and BPR experience, capabilities, and consulting approaches. Define your company's methodology and approach to both change management and BPR in terms of agency level mission critical operations. Include a description of lessons learned from previous implementations in terms of deploying, stabilizing, and long-term end-user adoption and utilization of new systems. 3.8 Enterprise Case and Content Management Pricing Briefly, provide your company's enterprise content management pricing model. Enterprise content management services must include: Case management, document management, records management, workflow management, business intelligence, reporting, and web-content management. 3.9 Enterprise Case and Content Management Past Performance Experience Describe your company's planning, design, implementation, and O&M experience with implementing Department level enterprise case and content management systems capable of supporting at least 1000 users. Provide three (3) enterprise case and content management systems past performances within the last three years, in which your company served as the prime contractor to develop an enterprise case and content management system that involved integrating workflow management, case management, document management, records management, and business intelligence application functions into a single enterprise web portal with common security. Specify whether the solution was cloud based or included any cloud based services. Also, identify specifics about how the system security was implemented to provide single sign-on, authentication, authorization, remote user access, and web service interfaces. Project Name Contract Number Title of Contract Value of Contract Government Point of Contact and Contact Information Were you the Prime or Sub? Whether Prime or Sub, List of Partners Specific role, responsibility & deliverables Description of Past Performance Scope (i.e., list the ECM products implemented including vendor name and software ver.) Date of deployment into Production The vendor/integrator shall also demonstrate in the "Description of Past Performance Scope" its experience managing a full life-cycle implementation (i.e., Planning, Requirements, Design, Development, Testing, Deployment, and Operations and Maintenance). 4 Draft Case and Content Management Solution Technical Architecture The proposed case and content management solution would standardize work-flow models, and enhance data collection and reporting processes, as depicted in the conceptual diagram. (See Figure 1 in Attachment 1) Instructions and Response Guidelines 5 Instructions and Response Guidelines The response must be specific to each of the RFI requirements listed above to demonstrate that the respondent has the requisite skills and experience. Experience and past performance is requested of qualified, prime respondents only; partner or team member capabilities should not be included. Responses to this RFI shall not exceed 25 pages, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, the margins of each page should be at least ½ inch, and each page should contain a page number. This (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL111RI221202, and are due no later than 3:00 P.M. (EST) on 10 February 2011. All interested parties must submit their responses via email bailey.gladys@dol.gov and Krist.marisol@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. Contracting Office Address: U.S. Department of Labor (DOL) OASAM Office of Procurement Services 200 Constitution Avenue, NW, Room S4307 Washington, District of Columbia 20210 Primary Point of Contact: Secondary Point of Contact: Gladys M. Bailey Marisol G. Krist Contracting Officer Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RI21202/listing.html)
- Place of Performance
- Address: U.S. Department of Labor, 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02366260-W 20110127/110125234601-c7d56f717a94aa1b89313268212e6b40 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |